Supply of arboricultural services.

CONTRACT NOTICE

Services

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

South Gloucestershire Council
PO Box 2078, Council Offices, Castle Street
Contact: Contracts Manager (StreetCare)
Attn: Chris Tait
BS35 9BJ Thornbury
UNITED KINGDOM
Tel. +44 1454864621
E-mail:

Internet address(es)

General address of the contracting authority www.southglos.gov.uk

Address of the buyer profile www.supplyingthesouthwest.org.uk

Further information can be obtained at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Regional or local authority
General public services
The contracting authority is purchasing on behalf of other contracting authorities No

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
Supply of arboricultural services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category: No 27

NUTS code UKK12

II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged 18
Duration of the framework agreement: Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Agricultural, forestry, horticultural, aquacultural and apicultural services. Trees. Tree-clearing services. Tree-cutting services. Tree-maintenance services. Tree pruning and hedge trimming. Framework agreement for the supply of arboricultural services including:
i) Tree planting and aftercare;
ii) Tree surgery and hedge trimming;
iii) Specialist arboricultural services.
II.1.6)Common procurement vocabulary (CPV)

77000000, 03452000, 77211300, 77211400, 77211500, 77340000

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
No
II.1.8)Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
II.2.2)Options
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration in months: 48 (from the award of the contract)

INFORMATION ABOUT LOTS

LOT NO: 1 TITLE Supply, storage, planting and aftercare of trees
1)SHORT DESCRIPTION
The selection, and storage of containerised and rootball trees in readiness for planting. Site preparation including ensuring the site is clear from below ground utilities. Tree planting, staking and aftercare.
2)COMMON PROCUREMENT VOCABULARY (CPV)

03452000, 77211600, 77310000

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 2 TITLE Tree and hedge maintenance
1)SHORT DESCRIPTION
Tree maintenance services including tree removal, crown reduction, crown lifting, pollarding etc. Hedge trimming. Stump removal.
2)COMMON PROCUREMENT VOCABULARY (CPV)

77211500, 77211400, 77340000

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 3 TITLE Specialist arboricultural services
1)SHORT DESCRIPTION
Soil decompaction, decay detection etc.
2)COMMON PROCUREMENT VOCABULARY (CPV)

77000000

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Joint and several liability.
III.1.4)Other particular conditions to which the performance of the contract is subject
No
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are met: (a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgement which has he force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by ay means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of article 1 of the convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
(a) A list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract.
III.2.4)Reserved contracts
No
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
No
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service
No

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5 maximum number 12
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)AWARD CRITERIA
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)An electronic auction will be used
Yes
Electronic auctions may be used to encourage further competition during the lifetime of the framework agreement.
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract
No
IV.3.3)Conditions for obtaining specifications and additional documents
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate
25.7.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
1.8.2011
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
No
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3)ADDITIONAL INFORMATION
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
The dates given in IV.3.5 are current "best estimates" and are not guaranteed to be met.
The Council will appoint multiple operators to this framework agreement. The numbers specified in section II.1.4 and IV.1.2 are purely indicative and the final numbers may be more or less than these values.
If you would like to be considered for this tender, please take the following steps:

- Create an account for your organisation on the Council’s e-tendering portal at www.supplyingthesouthwest.org.uk,

- You will receive a user name and password by email, usually on the next working day. (if there is a delay then call the helpline on the number below),

- Once this arrives you must login to www.supplyingthesouthwest.org.uk again, search for the arboricultural services tender and register your interest,

- After completing this stage you will receive an email containing a link to the pre Qualification Questionnaire,
- You must complete the questionnaire and submit it via the portal by the stated deadline (contained within questionnaire document),
- Registering your interest and downloading the documentation does not bind you in anyway to complete the submission.
You can find more help on the registration and "expression of interest" process on the portal by following the "supplier guidance notes" link from the menu on the home page. Note that the emails you receive from the portal are automatically generated. If you feel you are not receiving all the messages that are sent to you, check your "junk" folder to see if they have been incorrectly classified as spam.
At all times there is a Help panel on the right side of each page providing details of the purpose of each field. More detailed documentation is available in PDF form lower down in this panel.
A helpline is also available to help solve any problems you may have in using the portal on +44 1392384659 between 8:30-16:30 Monday to Friday. This line is staffed by Devon County Council employees.
We will run a "drop-in" session during the PQQ process to interested parties with any technical issues related to using the e-tendering portal. This event will be held within the South Gloucestershire area. We will inform all interested parties of the date and location of the event nearer the time via email.
GO reference: GO-2011623-PRO-2447057.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such information should be required from the address stated in section 1.1. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5)provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
23.6.2011

Other interesting websites